Section one: Contracting authority
one.1) Name and addresses
Queen's University Belfast
University Road
Belfast
BT7 1NN
Contact
Dónall Patton
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
QUB/2564/24 - Supply, Delivery, Installation, Commissioning, Maintenance, Back Office and Payment Services for Electrical Vehicle (EV) Charge Points
Reference number
QUB/2564/24
two.1.2) Main CPV code
- 31158100 - Battery chargers
two.1.3) Type of contract
Supplies
two.1.4) Short description
This contract is for the Supply, Delivery, Installation, Commissioning of 9No. 22kW, 3 phase (415 Volt) Smart Electrical Vehicle (EV) Charge Points (CP), Mode 3, between 5 sites on the Queen’s campus. The CPs are to be untethered, single post chargers with twin charging outlets on each.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31158000 - Chargers
- 45310000 - Electrical installation work
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast, Northern Ireland
two.2.4) Description of the procurement
This contract is for the provision of the following:• Supply, Delivery, Installation, Commissioning of 9No. 22kW, 3 phase (415 Volt) Smart Electrical Vehicle (EV) Charge Points (CP), Mode 3, between 5 sites on the Queen’s campus. The CPs are to be untethered, single post chargers with twin charging outlets on each.• Each CPs must be compliant with the Disability Discrimination Act 1999 (DDA, the Disability Discrimination (NI) Order 2006 (DDO) plus any other relevant Accessibility legislation. The design of public charging infrastructure should adhere to the new standard accessibility standard for public EV charging points, PAS 1899:2022. EV charging infrastructure features including payment mechanisms should reflect recommendations outlined in the Designability EV Charging Guidance Document "Design Guidance - Accessible EV Charging, Nov’22". Once installed, the EV charging points should meet the government legislation applicable for public charge points, namely "Public Charge Point Regulations 2023 Guidance". • Onsite Service and Repair contracts for CP units across the campus. • EV charging management for back-office services including billing and payment for Queen’s Fleet vehicles and non-Queen’s Fleet vehicles, in line with tariffs set by Queen’s. The University reserves the right to procure additional requirements throughout the contract duration, though this shall not be binding upon the University nor deemed a condition of contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 25
Cost criterion - Name: Price / Weighting: 75
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 years, with the options to extend the contract by up to a further 24 months or to the end of useful life of the EV Charging Point units.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2025
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 May 2025
four.2.7) Conditions for opening of tenders
Date
20 January 2025
Local time
4:01pm
Place
Belfast
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Queen's University Belfast
University Road
Belfast
BT7 1NN
Country
United Kingdom
Internet address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to Tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contract Regulations 2015 (SI 2015/102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).